Sie sind auf Seite 1von 48

OIL INDIA LIMITED

(A Govt. of India Enterprise)


P.O. Duliajan – 786602, Assam

Telephone No. (91-374) 2808720


Fax No: (91-374) 2800533
Email: mmfd1@oilindia.in; materials@oilindia.in; erp_mm@oilindia.in

Tender No. & Date : SDG 5569 P18/09 dated: 28.08.2017

Tender Fee : INR 30,000.00 OR USD 500.00

Bid Security Amount : INR 15,30,000.00 OR USD 24,300.00

Bidding Type : SINGLE STAGE TWO BID SYSTEM

Period of Sale of
Bid Documents : From 30.08.2017 to 11.10.2017; 15:30 Hrs(IST)

Bid Closing on : 18.10.2017 (at 11.00 Hrs. IST)

Bid Opening on : 18.10.2017 (at14.00 Hrs. IST)

Bid Validity : Bid Should be valid for 120 days from bid closing
date.

Bid Bond Validity : Bid Bond Should be valid up to 18.05.2018

Performance Guarantee : Applicable @ 10% of Order value

Integrity Pact : Applicable

List of Annexures : Annexure - I: Specifications, General & Special


Applicable notes to bidders
Annexure - II: Bid evaluation & Rejection Criteria
Annexure - III: Check List (Technical & Commercial)
Annexure - IV: Certificate of Annual Turnover & Net
Worth
Annexure - V: Technical Evaluation Matrix (BEC)
Annexure - VI: Technical Evaluation Matrix
(Technical Specs.)

Annexure – VII: Quality Assurance Plan (QAP) for


Ball valves

SDG5569P18 Page 1 of 48
ANNEXURE – I

AA:: SPECIFICATION & QUANTITY OF THE ITEMS TO BE PROCURED

Item Material Description Quantity


no
10 2.1/16" x 5000PSI WP (52.3875 mm x 351.62 kg/sq cm) 5 Sets
Choke manifold with Remote Control Panel and Accessories

I. The following are the minimum specifications/requirements for


one set of the above item

A) Choke manifold, 2.1/16" x 5,000 psi WP (52.3875 mm x


351.62 kg/sq cm), PSL-3, PR-1 for all gate valves and PR-2 for all
chokes, Temp Class P-U, Material Class-EE with an H2S partial
pressure rating of 1.5 psia (10.34 KPa) or higher (In compliance
with NACE MR 0175) for sour service, Stainless Steel(SS-316) OR
Alloy 625 inlayed ring grooves, manufactured, tested and
certified in accordance with the latest editions of API Spec. 6A
(PSL 3) and API Spec. 16C. The unit should be assembled, tested
and mounted on a non-adjustable, rugged, oilfield type skid and
consist of a minimum of the following items and as per the
enclosed indicative schematic diagram.

1.A) Fourteen (14) gate valves, 2.1/16" x 5,000 psi WP, manually
operated, with RX 24 flanged ends, complete with hand wheels.

1.B) Additionally, six (06) gate valves, 2.1/16" x 5,000 psi WP,
manually operated, with RX 24 flanged ends, complete with hand
wheels to be supplied loose along with Ring Joint Gaskets and
studs with nuts for the outlets of the buffer tanks.

2) One (01) adjustable choke, 2.1/16" x 5,000 PSI WP, manually


operated, with RX 24 flanged ends and tungsten carbide stem
/seat.

3) Two (02) remote chokes, 2.1/16" x 5,000 PSI WP, hydraulically


operated, with RX 24 flanged ends and tungsten carbide orifice
plates.

4) One (1) 5 way studded block 2.1/16" x 5,000 PSI with RX 24


flanged ends x 2.1/16" x 5,000 PSI with RX 24 flanged ends.

5) One (1) 3 way extended studded tee 2.1/16" x 5,000 PSI, 9" x
9" x 12.492".

6) Two (02) 4 way studded cross, 2.1/16" x 5,000 PSI WP, with
RX 24 studded outlets.

7) One (1) Square Section Buffer tank (6 port) 9" OD x 9" ID x


29.753" long, 2.1/16" x 5,000 PSI.

8) One (1) Square Section Buffer tank (4 port) 9" OD x 9" ID x


29.753" long, 2.1/16" x 5,000 PSI.

9) Seven (7) Blind Flanges 2.1/16" x 5,000 PSI.

10) One (1) Adapter flange 2.1/16" x 5,000 PSI x 2" fig. 1502
SDG5569P18 Page 2 of 48
female with lip seal.

11) One (1) Blind Plug 2" fig. 1502 male with union nut.

12) One (01) pressure gauge (0 - 5000) PSI, with 2.1/16" x 5,000
PSI RX 24 flanged connection.

13) Two (02) spacer spool, 2.1/16" x 5,000 PSI x 2.1/16" x 5,000
PSI WP with RX 24 flanged ends, 17.354" long.

14) One (01) spacer spool, 2.1/16" x 5,000 PSI x 2.1/16" x 5,000
PSI WP with RX 24 flanged ends, 18.00"" long

15) One (1) non-adjustable oilfield type rugged skid with


chequered plate top having provisions for the installation of
lifting slings.

16) All necessary studs, nuts & ring joint gaskets for the
complete assembly- 1 Lot.

B) Remote Choke Control Panel (manufactured in compliance


with latest editions of API Spec. 16C) along with all necessary
hoses, control lines, cables, pump stroke switches, valves,
sensors, gauges, pumps, filters, lubricators, mufflers, relief
valves etc.(wherever applicable), for operating the two remote
chokes, monitoring strokes of two mud pumps, monitoring drill
pipe pressure, casing pressure, choke position, air pressure and
accumulator pressure.

The Remote Choke Control Panel should have the following


features/specifications as a minimum:

1) 1 number of analog Drill Pipe Pressure gauge (0-5,000) psi or 1


number of digital Drill Pipe Pressure gauge (0-5,000) psi.

2) 1 number of analog Choke - Manifold (Casing) Pressure gauge


(0-5,000) psi or 1 number of digital Choke - Manifold (Casing)
Pressure gauge (0-5,000) psi

3) 1 number of 4-Display Digital Pump Stroke Counter (for


monitoring Strokes & Total Strokes for each of 2 rig pumps
individually).

4) 1 number of Rig Air Pressure gauge (0-300) psi

5) 2 numbers of Air supply on/off valves

6) 1 number Choke Operating Speed Selector/controller

7) 2 numbers of analog Choke Position Indicator Gauge or 2


numbers of digital Choke Position Indicator Gauge.

8) 2 numbers of Choke Operating valves with operating levers

9) If the drill pipe and choke manifold pressure gauges supplied


are of analog types as per Clause I. B), Pt. No. 1) and 2), of
Technical Specification, then the following items have to be
SDG5569P18 Page 3 of 48
supplied:

- 2 numbers of high pressure hose of 5,000 psi rating and 200ft


length with hydraulic pressure sensors and 2" Fig. 1002 hammer
union connector at one end for connecting with the standpipe
manifold / choke manifold and suitable connector at the other
end as per manufacturer's design for connecting with the remote
control panel.

Or

If the drill pipe and choke manifold pressure gauges supplied are
of digital types as per Clause I. B), Pt. No. 1) and 2), of Technical
Specification, then the following items have to be supplied:

Adequate numbers of pressure sensing cables of 200 ft length as


per manufacturer's design with pressure transducer and 2" Fig.
1002 hammer union connector at one end for connecting with
the standpipe manifold / choke-manifold and suitable connector
at the other end for connecting with the remote control panel.

10) 4 numbers of high pressure hose of 3,000 psi rating and


200ft length.

11) If the choke position indicators supplied are of analog types


as per Clause I. B), Pt. No. 7), of Technical Specification, then the
following items have to be supplied:
- 4 numbers of air hose of 200psi rating and 200ft length with
sensors and connectors
Or

If the choke position indicators supplied are of digital types, as


per Clause I. B), Pt. No. 7), of Technical Specification, then the
following items have to be supplied:

- Adequate numbers of position sensing cables of 200 ft length as


per manufacturer's design with sensors and connectors.

12) 2 numbers of cables for pump stroke counter of 300ft length.

13) 2 numbers of pump stroke switches (explosion proof).

14) Minimum 1 number of air operated hydraulic pump.

15) 1 number of manually operated hydraulic pump.

16) 1 number of hydraulic fluid reservoir.

C) INSTALLATION AND COMMISSIONING

Bidders should categorically confirm that Installation &


Commissioning of the 2.1/16" x 5000PSI WP (52.3875 mm x
351.62 kg/sq cm) Choke manifold with Remote Control Panel
would be carried out by their competent personnel at suitable
location in or around Duliajan, ASSAM, INDIA upon receipt of
the unit at Duliajan.

SDG5569P18 Page 4 of 48
The installation and commissioning charges inclusive of service
tax to be quoted separately and would be considered for
evaluation of the offer. These charges should include amongst
others to and fro fares, boarding / lodging, local transport at
Duliajan inclusive of to & fro transportation to site from Duliajan
and other expenses of supplier's commissioning personnel during
their stay at Duliajan, Assam (India). However, the basic facilities
required for installation & commissioning such as Crane service,
electric power and pressurized air shall be provided by OIL. Rig-
up at designated site will be the responsibility of OIL but,
supplier should provide the supervisory assistance by deputing
their competent personnel.

Commissioning shall be completed within 4 (four) months after


receipt of all the items at Duliajan.

D) THIRD PARTY INSPECTION

1) Bidder is to arrange for Third Party Inspection at


manufacturer's plant as per the enclosed broad scope of work.
Bidder should confirm that equipment / material supplied by
them will be inspected by any of the following third party
inspection agencies at their cost and Third Party Inspection
Report will be submitted along with the Shipping / Dispatch
document. Bidder will quote the charges for such inspection
separately and indicate in the priced bid which will be considered
for bid evaluation.
a) Bureau Veritas (BV)
b) Lloyd Register of Shipping
c) Det Norske Veritas (DNV)
d) RITES
e) Indian Register of Shipping (IRS)

2) Scope of Third Party Inspection:

i) APPLICABLE API STANDARD: API 6A AND API 16C.

ii) Broad scope of third party inspection to be as under:

a) Stage of inspection: Final stage.

b) Kind of inspection: Review of documents and Visual


inspection.

c) Release of inspection note by inspection agency to the


manufacturer who will submit the same to Oil India Limited
along with dispatch documents.

iii) Review of documents to include:

a) Manufacturers QA Plan and API qualification certificate.


b) General Assembly drawing.
c) Production Record.
d) Raw Materials and Components Certificate and Test Report
(Chemical, Physical, Heat Treatment and NDT)
e) Product Inspection report.
f) Performance verification test Records as per API 16C and 6A.
SDG5569P18 Page 5 of 48
k) Compliance of Standard NACE MR-01-75 for H2S Services.

iv) Visual inspection to include:

a) Overall Visual and Dimensional Inspection.


b) Verify the material and components are brand new and
recently manufactured.
c) Verify that the item is in accordance with the PO specification
and API monogrammed.
d) Witness final testing / performance testing (pressure testing)
of the gate valves and chokes as per API 6A certification and
submission of the records.

20 3.1/16" x 10000PSI WP (77.78 mm x 703.23 kg/sq cm) Choke 2 Sets


manifold with Remote Control Panel and Accessories:

I. The following are the minimum specifications / requirements


for 1 set of the above item

A) Choke manifold, 3.1/16" x 10,000 psi WP (77.78 mm x 703.23


kg/sq cm), PSL-3, PR-1 for all gate valves and PR-2 for all
chokes, Temp Class P-U, Material Class-EE with an H2S partial
pressure rating of 1.5 psia (10.34 KPa) or higher (In compliance
with NACE MR 0175) for sour service, Stainless Steel(SS-316) OR
Alloy 625 inlayed ring grooves, manufactured, tested and
certified in accordance with the latest editions of API Spec. 6A
(PSL 3) and API Spec. 16C. The unit should be assembled, tested
and mounted on a non-adjustable, rugged, oilfield type skid and
consist of a minimum of the following items and as per the
enclosed indicative schematic diagram (Diagram is with one
number of adjustable choke, however the offer should include
two numbers of adjustable chokes and both the buffer tanks
should have six ports).

1.A) Fifteen (15) gate valves, 3.1/16" x 10,000 psi WP, manually
operated, with BX 154 flanged ends, complete with hand wheels.

1.B) Additionally, seven (07) gate valves, 3.1/16" x 10,000 psi


WP, manually operated, with BX 154 flanged ends, complete with
hand wheels to be supplied loose along with Ring Joint Gaskets
and studs with nuts for the outlets of the buffer tanks.

2) One (01) gate valve, 2.1/16" x 10,000 PSI WP, manually


operated, with BX 152 flanged ends, complete with hand wheels.

3) Two (02) adjustable chokes, 3.1/16" x 10,000 PSI WP,


manually operated, with BX 154 flanged ends and tungsten
carbide stem /seat.

4) Two (02) remote chokes, 3.1/16" x 10,000 PSI WP,


hydraulically operated, with BX 154 flanged ends and tungsten
carbide orifice plates.

5) One (1) 5 way studded block 3.1/16" x 10,000 PSI with BX


154 flanged ends x 2.1/16" x 10000 PSI with BX 152 flanged
ends.

SDG5569P18 Page 6 of 48
6) One (1) 3 way extended studded tee 3.1/16" x 10,000 PSI,
11.76" x 11.76" x 17.612".

7) One (01) 4 way studded cross, 3.1/16" x 10,000 PSI WP, with
BX 154 studded outlets.

8) One (01) 4 way studded cross, 2.1/16" x 10,000 PSI WP, with
BX 152 studded outlets.

9) One (1) Square Section Buffer tank (6 port) 11.76" OD x 11.76"


ID x 39.698" long, 3.1/16" x 10000PSI.

10) One (1) Square Section Buffer tank (6 port) 11.76" OD x


11.76" ID x 39.698" long, 3.1/16" x 10000PSI.

11) Six (6) Blind Flange 3.1/16" x 10,000 PSI.

12) One (1) Blind Flange 2.1/16" x 10,000 PSI.

13) One (1) Adapter flanges 2.1/16" x 10,000 PSI x 2" fig. 1502
female with lip seal.

14) One (1) Blind Plug 2" fig. 1502 male with union nut.

15) One (01) pressure gauge (0 - 10000) PSI, with 2.1/16" x


10,000 PSI BX 152 flanged connection.

16) Two (02) spacer spool, 3.1/16" x 10,000 PSI x 3.1/16" x


10,000 PSI WP with BX 154 flanged ends, 33.414" long.

17) One (1) spacer spool, 2.1/16" x 10,000 PSI x 2.1/16" x


10,000 PSI WP with BX 152 flanged ends, 18.00" long.

18) One (1) non-adjustable oilfield type rugged skid with


chequered plate top having provisions for the installation of
lifting slings.

19) All necessary studs, nuts & ring joint gaskets for the
complete assembly- 1 Lot.

B) Remote Choke Control Panel (manufactured in compliance


with the latest editions of API Spec. 16C) along with all necessary
hoses, control lines, cables, pump stroke switches, valves,
sensors, gauges, pumps, filters, lubricators, mufflers, relief
valves etc.(wherever applicable), for operating the two remote
chokes, monitoring strokes of two mud pumps, monitoring drill
pipe pressure, casing pressure, choke position, air pressure and
accumulator pressure.

The Remote Choke Control Panel should have the following


features/specifications as a minimum:

1) 1 number of analog Drill Pipe Pressure gauge (0-10,000) psi or


1 number of digital Drill Pipe Pressure gauge (0-10,000) psi.

2) 1 number of analog Choke - Manifold (Casing) Pressure gauge


(0-10,000) psi or 1 number of digital Choke - Manifold (Casing)
SDG5569P18 Page 7 of 48
Pressure gauge (0-10,000) psi

3) 1 number of 4-Display Digital Pump Stroke Counter (for


monitoring Strokes & Total Strokes for each of 2 rig pumps
individually).

4) 1 number of Rig Air Pressure gauge (0-300) psi

5) 2 numbers of Air supply on/off valves

6) 1 number Choke Operating Speed Selector/controller

7) 2 numbers of analog Choke Position Indicator Gauge or 2


numbers of digital Choke Position Indicator Gauge.

8) 2 numbers of Choke Operating valves with operating levers

9) If the drill pipe and choke manifold pressure gauges supplied


are of analog types as per Clause II. B), Pt. No. 1) and 2), of
Technical Specification, then the following items have to be
supplied:

- 2 numbers of high pressure hose of 10,000 psi rating and


200ft length with hydraulic pressure sensors and 2" Fig. 1502
hammer union connector at one end for connecting with the
standpipe manifold / choke manifold and suitable connector at
the other end as per manufacturer's design for connecting with
the remote control panel.

Or

If the drill pipe and choke manifold pressure gauges supplied are
of digital types as per Clause II. B), Pt. No. 1) and 2), of Technical
Specification, then the following items have to be supplied:

Adequate numbers of pressure sensing cables of 200 ft length as


per manufacturer's design with pressure transducer and 2" Fig.
1502 hammer union connector at one end for connecting with
the standpipe manifold / choke-manifold and suitable connector
at the other end for connecting with the remote control panel.

10) 4 numbers of high pressure hose of 3,000 psi rating and


200ft length.

11) If the choke position indicators supplied are of analog types


as per Clause II. B), Pt. No. 7), of Technical Specification, then
the following items have to be supplied:

- 4 numbers of air hose of 200psi rating and 200ft length with


sensors and connectors
Or

If the choke position indicators supplied are of digital types, as


per Clause II. B), Pt. No. 7), of Technical Specification, then the
following items have to be supplied:

- Adequate numbers of position sensing cables of 200 ft length as


per manufacturer's design with sensors and connectors.
SDG5569P18 Page 8 of 48
12) 2 numbers of cables for pump stroke counter of 300ft length.

13) 2 numbers of pump stroke switches (explosion proof).

14) Minimum 1 number of air operated hydraulic pump.

15) 1 number of manually operated hydraulic pump.

16) 1 number of hydraulic fluid reservoir.

C) INSTALLATION AND COMMISSIONING

Bidders should categorically confirm that Installation &


Commissioning of the 3.1/16" x 10000PSI WP (77.78 mm x
703.23 kg/sq cm) Choke manifold with Remote Control Panel
would be carried out by their competent personnel at suitable
location in or around Duliajan, ASSAM, INDIA upon receipt of
the unit at Duliajan.

The installation and commissioning charges inclusive of service


tax to be quoted separately and would be considered for
evaluation of the offer. These charges should include amongst
others to and fro fares, boarding / lodging, local transport at
Duliajan inclusive of to & fro transportation to site from Duliajan
and other expenses of supplier's commissioning personnel during
their stay at Duliajan, Assam (India). However, the basic facilities
required for installation & commissioning such as Crane service,
electric power and pressurized air shall be provided by OIL. Rig-
up at designated site will be the responsibility of OIL but,
supplier should provide the supervisory assistance by deputing
their competent personnel.

Commissioning shall be completed within 4 (four) months after


receipt of all the items at Duliajan.

D) THIRD PARTY INSPECTION

1) Bidder is to arrange for Third Party Inspection at


manufacturer's plant as per the enclosed broad scope of work.
Bidder should confirm that equipment / material supplied by
them will be inspected by any of the following third party
inspection agencies at their cost and Third Party Inspection
Report will be submitted along with the Shipping / Dispatch
document. Bidder will quote the charges for such inspection
separately and indicate in the priced bid which will be considered
for bid evaluation.
a) Bureau Veritas (BV)
b) Lloyd Register of Shipping
c) Det Norske Veritas (DNV)
d) RITES
e) Indian Register of Shipping (IRS)

2) Scope of Third Party Inspection:

i) APPLICABLE API STANDARD: API 6A AND API 16C.


SDG5569P18 Page 9 of 48
ii) Broad scope of third party inspection to be as under:

a) Stage of inspection: Final stage.


b) Kind of inspection: Review of documents and Visual
inspection.
c) Release of inspection note by inspection agency to the
manufacturer who will submit the same to Oil India Limited
along with dispatch documents.

iii) Review of documents to include:

a) Manufacturers QA Plan and API qualification certificate.


b) General Assembly drawing.
c) Production Record.
d) Raw Materials and Components Certificate and Test Report
(Chemical, Physical, Heat Treatment and NDT)
e) Product Inspection report.
f) Performance verification test Records as per API 16C and 6A.
k) Compliance of Standard NACE MR-01-75 for H2S Services.

iv) Visual inspection to include:

a) Overall Visual and Dimensional Inspection.


b) Verify the material and components are brand new and
recently manufactured.
c) Verify that the item is in accordance with the PO specification
and API monogrammed.
d) Witness final testing / performance testing (pressure testing)
of the gate valves and chokes as per API 6A certification and
submission of the records.

30 INSTALLATION & COMMISSIONING OF ITEM NO: 10 1 AU

Bidders should categorically confirm that Installation &


Commissioning of the 2.1/16" x 5000PSI WP (52.3875 mm x
351.62 kg/sq cm) Choke manifold with Remote Control Panel
would be carried out by their competent personnel at suitable
location in or around Duliajan, ASSAM, INDIA upon receipt of
the unit at Duliajan.

The installation and commissioning charges inclusive of service


tax to be quoted separately and would be considered for
evaluation of the offer. These charges should include amongst
others to and fro fares, boarding / lodging, local transport at
Duliajan inclusive of to & fro transportation to site from Duliajan
and other expenses of supplier's commissioning personnel during
their stay at Duliajan, Assam (India). However, the basic facilities
required for installation & commissioning such as Crane service,
electric power and pressurized air shall be provided by OIL. Rig-
up at designated site will be the responsibility of OIL but,
supplier should provide the supervisory assistance by deputing
their competent personnel.

Commissioning shall be completed within 4 (four) months after


receipt of all the items at Duliajan.

40 INSTALLATION & COMMISSIONING OF ITEM NO: 20 1 AU


SDG5569P18 Page 10 of 48
Bidders should categorically confirm that Installation &
Commissioning of the 3.1/16" x 10000PSI WP (77.78 mm x
703.23 kg/sq cm) Choke manifold with Remote Control Panel
would be carried out by their competent personnel at suitable
location in or around Duliajan, ASSAM, INDIA upon receipt of
the unit at Duliajan.

The installation and commissioning charges inclusive of service


tax to be quoted separately and would be considered for
evaluation of the offer. These charges should include amongst
others to and fro fares, boarding / lodging, local transport at
Duliajan inclusive of to & fro transportation to site from Duliajan
and other expenses of supplier's commissioning personnel during
their stay at Duliajan, Assam (India). However, the basic facilities
required for installation & commissioning such as Crane service,
electric power and pressurized air shall be provided by OIL. Rig-
up at designated site will be the responsibility of OIL but,
supplier should provide the supervisory assistance by deputing
their competent personnel.

Commissioning shall be completed within 4 (four) months after


receipt of all the items at Duliajan.

BB:: SPECIAL NOTES TO BIDDERS:

1.0 The items shall be brand new, unused & of prime quality. The manufacturer shall
warrant (in the event of an order) that the product supplied will be free from all
defects & fault in material, workmanship & manufacture and shall be in full
conformity with ordered specifications. This clause shall be valid for 18 months
from date of shipment / dispatch or 12 months from the date of commissioning of
the items, whichever is earlier. The defective materials, if any, rejected by OIL
shall be replaced by the supplier at their own expense. Bidders must confirm the
same in their quotations.

2.0 Bidder must provide detailed specifications of the offered product and should
forward relevant Catalogue, Drawings with exploded views of each & every major
item, and Literature (in printed form, not in computer media such as floppies or
CDs) indicating the quoted items along with the quotation.

3.0 Items shall be manufactured, tested & certified as per latest editions of API Spec.
6A (PSL 3) and API Spec. 16C. In support of manufacturing the item as per API,
the bidder should submit copies of API 6A (Having authorization for valves, tees
and crosses, adapter and spacer spools etc) and API Spec 16C (Having
authorization for choke and kill manifold assemblies) certificates with validity
covering minimum 5 (FIVE) years continuously preceding the original bid closing
date of the tender.

4.0 Bidder should forward a list of recommended spares for two (02) years operation
for the quoted items indicating part numbers, quantity & unit price separately
along with the quotation in the commercial bid and categorically confirm the same
in the technical bid (price should not be mentioned in the technical bid). However
the cost of these spares will not be considered for bid evaluation purpose. The
price should remain valid for at least two (02) years.

5.0 Markings (including API monogram) shall be done as per API Spec 6A (latest
edition) and API Spec 16C (latest edition). Additionally, purchase order number
SDG5569P18 Page 11 of 48
shall be weld written on suitable place at the items. Bidders shall confirm
compliance to the same while quoting.

6.0 The Bidder should indicate the dimensions and weight of the offered items, the
name of the manufacturer, the country of origin and port of dispatch of the
materials.

7.0 In the event of order the supply must include the mill test certificates, Ultrasonic
Test Reports, Manufacturers Record Book etc. for each of the items. Bidder should
categorically confirm while quoting.

8.0 In the event of order the supply must also include two sets of Maintenance,
Operation, Service and Parts Manual for the Choke Manifolds of specification
2.1/16" x 5,000psi and / or 3.1/16" x 10,000psi. Bidder should categorically
confirm while quoting.

9.0 Bidder should note that in the event of an order the API licenses for
manufacturing the choke manifolds along with authorization for API
monogramming should be valid, without any break, till execution of purchase
order. Bidder to submit valid relevant API certificate along with the supply. Bidder
should categorically confirm compliance while quoting.

10.0 Any deviation(s) from the tender specification should be clearly highlighted
specifying justification in support of deviation.

11.0 All the tendered items shall be evaluated individually, hence bidders are requested
to quote accordingly.

12.0 Bidder to sign and submit completely filled up Technical & Commercial check list
and Technical Evaluation Matrix for Bid evaluation criteria and Technical
specification failing which their offer will be rejected.

13.0 Payment terms: 80% payment will be made against supply of materials
and balance 20% after satisfactory installation & commissioning at site
along with the installation & commissioning charges. Bidders must
confirm the same while quoting.

14.0 Liquidated Damage: Refer to “General Terms & Conditions” for e-


Procurement as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement
(ICB Tenders)

15.0 The items covered by this enquiry shall be used by Oil India Limited in the
PEL/ML areas which are issued/renewed after 01/04/99 and hence Nil Customs
Duty during import will be applicable. Indigenous bidder shall be eligible for
Deemed Export Benefit against this purchase. Details of Deemed Export are
furnished vide Addendum to MM/GLOBAL/E-01/2005 attached. However, Indian
bidders will not be issued Recommendatory Letter.

In the event of an order on indigenous bidder under deemed export scheme, OIL
will issue Project Authority Certificate(PAC) and arrange for DGH Certificate as
may be appropriate/applicable. Supplier shall effect dispatch only on receipt of
these certificates from OIL, failing which all related liabilities shall be to Supplier’s
account.”

SDG5569P18 Page 12 of 48
16.0 The Integrity Pact is applicable against this tender .OIL shall be entering into an
Integrity Pact with the bidders as per format enclosed vide Annexure XII of the
tender document. This Integrity Pact proforma has been duly signed digitally by
OIL’s competent signatory. The proforma has to be returned by the bidder (along
with the technical bid) duly signed (digitally) by the same signatory who signed the
bid, i.e., who is duly authorized to sign the bid. Uploading the Integrity Pact with
digital signature will be construed that all pages of the Integrity Pact has been
signed by the bidder’s authorized signatory who sign the Bid. If any bidder
refuses to sign Integrity Pact or declines to submit Integrity Pact with the
offer, their bid shall be rejected straightway.

OIL’s Independent External Monitor at present are as under:

SHRI RAJIV MATHUR, IPS (Retd.),


Former Director (IB) Govt. of India
e-Mail ID : rajivmathur23@gmail.com

SHRI SATYANANDA MISHRA, IAS(Retd.)


Former Chief Information Commissioner &
Ex-Secretary, DOPT, Govt. of India
E-mail Id : satyanandamishra@hotmail.com

SHRI JAGMOHAN GARG,


Ex-Vigilance Commissioner, CVC
e-Mail id : jagmohan.garg@gmail.com

CC:: GENERAL NOTES TO BIDDERS:

1.0 Tender Fee – Tender fee must be paid online through OIL’s payment gateway
only and no other instrument (Cash/DD/Cheques/Cashier Cheque, etc) will
be acceptable.

2.0 Bid Security/EMD/Performance Bank Guarantee – Must be paid either


through online mode or Submission of Bank Guarantee/LC only. No
DD/Cheques/Cashier Cheque or any other mode will be acceptable.

3.0 The tender will be governed by “General Terms & Conditions” for e-Procurement as
per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders)
including Amendments & Addendum to “General Terms & Conditions” for e-
Procurement.

4.0 Bid must be submitted online through OIL’s e-procurement portal. Bid submitted
in any other form will be rejected.

5.0 Please note that all tender forms and supporting documents are to be submitted
through OIL’s e-Procurement site only except following documents which are to be
submitted manually in sealed envelope super scribing tender no. and due date to
The DGM Materials, Materials Department, Oil India Limited, Duliajan- 786602,
Assam on or before 13:00 hrs (IST) on the Bid Closing Date mentioned in the
Tender.

a) Original Bid Security along with two duplicate copies of Bid Security.
b) Any other documents which have been particularly asked for in this
tender for submission.

SDG5569P18 Page 13 of 48
6.0 Bidders must ensure that their bid is uploaded in the system before the tender
closing date and time. Also, they must ensure that above documents which are to
be submitted in a sealed envelope are also submitted at the above mentioned
address before the bid closing date and time, failing which the offer shall be
rejected.

7.0 The tender is invited under SINGLE STAGE-TWO BID SYSTEM. The bidder has to
submit both the “TECHNO-COMMERCIAL UNPRICED BID” and “PRICED BID”
through electronic form in the OIL’s e-Tender portal within the Bid Closing Date
and Time stipulated in the e-Tender. The “Techno-commercial Unpriced Bid” shall
contain all technical and commercial details except the prices which shall be kept
blank. Details of prices as per Bid format / Commercial bid to be uploaded as
attachment in the Attachment Tab “Notes and Attachments”.Any offer not
complying with above submission procedure will be rejected as per Bid Rejection
Criteria mentioned in the tender.

8.0 In Technical Bid opening, only Technical Rfx will be opened. Therefore, the bidder
should ensure that “TECHNO-COMMERCIAL UNPRICED BID should contain
details as mentioned in the technical specifications as well as BEC/ BRC and
upload the same in the Technical RFx Response-> User - > Technical Bid. No
price should be given in above Technical Rfx otherwise the offer will be
rejected.Please go through the help document in details before uploading the
document and ensure uploading of technical bid in the Technical RFx Response->
User - > Technical Bid only. The “PRICE BID” must contain the price schedule and
the bidder’s commercial terms and conditions. Details of prices as per Bid format
/ Commercial bid can be uploaded as Attachment under the attachment option
under “Notes & Attachments”.

9.0 PRICED BIDS OF ONLY THOSE BIDDERS WILL BE OPENED WHOSE OFFERS
ARE FOUND TO BE TECHNO-COMMERCIALLY ACCEPTABLE.

10.0 Bidders are requested to examine all instructions, forms, terms and specifications
in the bid. Failure to furnish all information required as per the bid or submission
of offers not substantially responsive to the bid in every respect will be at the
bidders risk and may result in rejection of its offer without seeking any
clarifications.

11.0 Please mention clearly in your quotation the Net. Weight, Gross Weight & Volume,
Indian Agent's Name and its Commission, Payment Terms, Ocean Freight/Air
Freight Charges, Port of Loading, Delivery period, Country of origin with
manufacturer's name, etc.

12.0 To ascertain the substantial responsiveness of the bid, OIL reserves the right to
ask the bidder for clarification in respect of clauses covered under BRC also and
such clarifications fulfilling the BRC clauses in toto must be received on or before
the deadline given by OIL, failing which the offer will be summarily rejected.

13.0 Other terms and conditions of the tender shall be as per “General Terms &
Conditions” for e- Procurement as per Booklet No. MM/GLOBAL/E-01/2005 for
E-procurement (ICB Tenders). However, if any of the Clauses of the Bid Rejection
Criteria (BRC) / Bid Evaluation Criteria (BEC) mentioned here contradict the
Clauses in the “General Terms & Conditions” for e-Procurement as per Booklet No.
MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders) of the tender and/or
elsewhere, those mentioned in this BEC / BRC shall prevail.

14.0 All the Bids must be Digitally Signed using “Class 3” digital certificate (e-
commerce application) only as per Indian IT Act obtained from the licensed
Certifying Authorities operating under the Root Certifying Authority of India
SDG5569P18 Page 14 of 48
(RCAI), Controller of Certifying Authorities (CCA) of India. The bid signed using
other than “Class 3” digital certificate, will be liable for rejection

15.0 Please do refer the User Manual provided on the portal on the procedure How to
create Response for submitting offer.

16.0 Bidders to note that Govt. of India under Micro, Small and Medium Enterprises
Development (MSMED) Act 2006, has proclaimed the Public Procurement Policy,
2012 with effect from 1st April, 2012 in respect of procurement of goods and
services, produced and provided by micro and small enterprises, by its Ministries,
Departments and Public Sector Undertakings for promotion and development of
Micro and Small Enterprises. A new Clause on applicability of Public Procurement
Policy for procurement of goods from Micro and Small Enterprises (MSE) in the
tender is furnished vide Amendment to General Terms and Conditions for Global
Tender (MM/GLOBAL/E-01/2005). Bidders are requested to take note of the same
and to submit their offers accordingly.

DD :: Clauses related to GST

1. For the purposes of levy and imposition of GST, the expressions shall have the
following meanings:

(a) GST - means any tax imposed on the supply of goods and/or services under GST
Law.
(b) Cess – means any applicable cess, existing or future on the supply of Goods and
Services as per Goods and Services Tax (Compensation to States) Act, 2017.
(c) GST Law - means IGST Act 2017, CGST Act 2017, UTGST Act, 2017 and SGST
Act, 2017and all related ancillary Rules and Notifications issued in this regard
from time to time.

2. The rates quoted by the bidders shall be inclusive of all taxes, duties and levies.
However, bidders are required to provide separately the rate and amount of all
types of taxes, duties and levies. In case, the quoted information related to various
taxes, duties & levies subsequently proves wrong, incorrect or misleading, OIL will
have no liability to reimburse the difference in the duty/ tax, if the finally assessed
amount is on the higher side and OIL will have to right to recover the difference in
case the rate of duty/ taxes finally assessed is on the lower side. Further, bidders
have to clearly show the amount of GST separately in the Tax Invoices. Further, it
is the responsibility of the bidders to make all possible efforts to make their
accounting / IT system GST compliant in order to ensure availability of Input Tax
Credit (ITC) to Oil India Ltd.

3. Offers without giving any of the details of the taxes (Including rates and amounts)
as specified above will be considered as inclusive of all taxes including GST. When
a bidder mentions taxes as extra without specifying the rates & amount, the offer
will be loaded with maximum value towards taxes received against the tender for
comparison purposes. If the bidder emerges as lowest bidder after such loading, in
the event of order on that bidder, taxes mentioned by OIL on the Purchase Order/
Contracts will be binding on the bidder.

4. Bidders are required to pass on the benefit arising out of introduction of GST,
including seamless flow of Input Tax Credit, reduction in Tax Rate on inputs as
well as final goods by way of reduction of price as contemplated in the provision
relating to Anti-Profiteering Measure vide Section 171 of the CGST Act, 2017.
Accordingly, for supplies made under GST, the bidders should confirm that benefit
of lower costs has been passed on to OIL by way of lower prices/taxes and also
SDG5569P18 Page 15 of 48
provide details of the same as applicable. OIL reserves the right to examine such
details about costs of inputs/input services of the bidders to ensure that the
intended benefits of GST have been passed on to OIL.

5. Oil India Ltd. shall declare the value of free issue of materials and services, if any,
involved in the execution of the contract. The Contractor should consider the same
while working out the GST liability, if any. Further in cases where GST is leviable
on any facilities provided by OIL and used by bidders and the consideration for
which is recovered by OIL in the form of reduction in the invoice raised by bidders
then OIL will raise GST invoices on such transactions and the same will be
reimbursed by bidders.

6. When Input tax credit is available for Set Off


Evaluation of L-1 prices shall be done based on Quoted price after deduction of
Input Tax Credit (ITC) of GST, if available to OIL.OIL shall evaluate the offers on
the basis of the quoted rates only and any claim subsequently by the bidders for
additional payment/liability shall not be admitted and has to be borne by the
bidders

When Input tax credit is NOT available for Set Off


Evaluation of L-1 prices shall be done based on Quoted price only. OIL shall
evaluate the offers on the basis of the quoted rates only and any claim
subsequently by the bidders for additional payment/liability shall not be admitted
and has to be borne by the bidders

7. Bidders agree to do all things not limited to providing GST compliant Tax Invoices
or other documentation as per GST law relating to the supply of goods and/or
services covered in the instant contract like raising of and /or acceptance or
rejection of credit notes / debit notes as the case may be, payment of taxes, timely
filing of valid statutory Returns for the tax period on the Goods and Service Tax
Network (GSTN), submission of general information as and when called for by OIL
in the customized format shared by OIL in order to enable OIL to update its
database etc. that may be necessary to match the invoices on GSTN common
portal and enable OIL to claim input tax credit in relation to any GST payable
under this Contract or in respect of any supply under this Contract.

8. In case Input Tax Credit of GST is denied or demand is recovered from OIL by the
Central / State Authorities on account of any non-compliance by bidders,
including non-payment of GST charged and recovered, the
Vendor/Supplier/Contractor shall indemnify OIL in respect of all claims of tax,
penalty and/or interest, loss, damages, costs, expenses and liability that may
arise due to such non-compliance. OIL, at its discretion, may also
withhold/recover such disputed amount from the pending payments of the
bidders.

EE :: Purchase preference policy (linked with Local Content) (PP-LC)

Purchase preference policy (linked with Local Content) (PP-LC) is applicable to


this tender and may refer to Annexure-PPLC in this regard in addition to the
clauses mentioned hereunder:

a) Ministry of Petroleum & Natural Gas, Government of India implemented PP-LC


Policy to provide Purchase Preference (linked with local content) by notification no.
Ref. O-27011/44/2016-ONG-II/FP dtd. 25.04.2017.

b) As per the PP-LC policy, 50% of the tendered quantity would be awarded to the
lowest techno-commercially qualified LC (Local Content) manufacturer / supplier
SDG5569P18 Page 16 of 48
which are within the price band of 10% of the L1, subject to matching the L1
price. Bidders seeking Purchase preference (linked with Local Content)(PP-LC)
shall be required to meet / exceed the target of Local Content (LC) as per values
furnished vide MOPNG notification no. O-27011/44/2015-ONG-II/FP dated
25.04.2017 as on the bid closing date. The remaining quantity will be awarded to
L1 (i.e. Non Local Content (NLC) manufacturer / supplier not meeting prescribed
LC criteria).

c) In case a bidder is eligible to seek benefits under PP-LC policy as well as Public
Procurement Policy for MSEs-Order 2012, then the bidders should categorically
seek benefits against only one of the two policies i.e. either PP-LC or MSE policy. If
a bidder seeks free of cost tender document under the MSE policy, then it shall be
considered that the bidder has sought benefit against the MSE policy and this
option once exercised cannot be modified subsequently.

d) Price Break-up: The bidder shall provide break up of "Local component" and
"Imported Component" along with their price bid.

e) Such bidders shall furnish following undertaking from the manufacturer on


Manufacturer's letter head along with their techno-commercial bid. The
undertaking shall become a part of the contract:

"We ___________ (Name of Manufacturer) undertake that we meet the mandatory


minimum Local Content (LC) requirement i.e. ________ (to be filled as notified at
Enclosure I of the policy) for claiming purchase preference linked with Local
Contents under the Govt. policy against under tender no. _____________."

f) Above undertaking shall be supported by the following certificate from Statutory


Auditor engaged by the bidder, on the letter head of such Statutory Auditor (as per
the provisions of the aforesaid policy):

"We _________ the statutory auditor of M/s ________ (name of the bidder) hereby
certify that M/s__________ (name of manufacturer) meet the mandatory Local
Content requirements of the Goods and/or Services i.e. _____ (to be filled as
notified at Enclosure I of the policy) quoted vide offer No.______ dated ______
against OIL's tender No._____ by M/s ________ (Name of the bidder).”

g) Failure to submission of documents as mentioned in d), e) & f) above will be


treated as "Calculation of LC is not verifiable, the value of LC of the said
component shall be treated as NIL" and hence will not be eligible for PP-LC.

h) At the time of bidding, the bidder has to confirm in their bid for submission/
complying the following in the event of order:

i) In case of procurement of goods under PP-LC, the LC content may be calculated


by the supplier and the verification of the procurement of goods, service shall be
carried out by a Statutory Auditor engaged by the bidder.

ii) The supplier shall provide the necessary local content documentation to the
statutory auditor, which shall review and determine the local content
requirements have been met, issue a local content certificate to that effect on
behalf of procuring company, stating the percentage of local content in the good or
service measured.

iii) The local content certificate shall be submitted along with each invoice raised.
However, the % of local content may vary with invoice while maintaining the
overall % of local content for the total purchase of the pro-rata local content
requirement. In case, it is not satisfied cumulatively in the invoices raised up to
SDG5569P18 Page 17 of 48
that stage, the supplier shall indicate how the local content requirement would be
met in the subsequent stages.

iv) A bidder who has been awarded the contract after availing Purchase Preference
is found to have violated the LC provision, in the execution of the procurement
contract of goods and/or services shall be subject to financial penalty over and
above the PBG value prescribed in the contract and shall not be more than an
amount equal to 10% of the Contract Price. View this, the supplier shall confirm
in their bid for submission of PBG (PBG-PPLC) of 10% of the contract value which
shall be valid throughout the execution of the contract(format as provided vide the
notification). This PBG-PPLC is in addition to the PBG, which is required to be
submitted by the successful bidder as per OIL's general terms & condition.
Bidders to provide an undertaking complying to the submission of additional
PBG along with their bid, in case of availing PPLC benefit.

v) Bidders should note that PP - LC shall not be available in case of procurement


of goods /services falling under the list of items reserved for exclusive purchase
from Micro and Small Enterprise (MSEs) or Domestically Manufactured Electronic
Products (DMEP).

SDG5569P18 Page 18 of 48
ANNEXURE – II

BID EVALUATION CRITERIA (BEC)/BID REJECTION CRITERIA (BRC)

The bids shall conform to the specifications and terms as well conditions laid out in the
tender. Bids will be rejected in case the items offered do not conform to the required
parameters stipulated in the technical specifications and to the respective international /
national standards wherever stipulated. Notwithstanding the general conformity of the
bids to the stipulated specifications and terms & conditions, particularly the following
requirements will have to be met by the bidders, without which, the offer will be
considered as non-responsive and shall be rejected.

A) BID REJECTION CRITERIA :

A.1 TECHNICAL:

1.0 The bidder should be an Original Equipment Manufacturer (OEM) of the offered
item(s). The Manufacturer of the offered item(s), should satisfy the following along
with documentary evidences, which should be enclosed along with the techno-
commercial bid without which the offers will be rejected.

1.1 The bidder should have an experience of minimum 5 (five) years in manufacturing
of Choke manifold under API Spec. 6A and API spec. 16C certifications preceding
the original bid closing date of the tender. Copies of API 6A (Having authorization
for chokes, valves, tees and crosses, adapter and spacer spools etc) and API 16C
(Having authorization for choke and kill manifold assemblies) certificates for the
last 5 (Five) years (i.e. continuous without having any break in between) shall be
submitted along with techno - commercial bid. Bids without copies of valid API 6A
and API 16C certificates or with break in between will be rejected.

1.2.1 The bidder should also have the experience of supplying at least 03 (three)
numbers of Choke Manifolds of minimum 2.1/16" x 5,000psi specification or
higher and at least 01 (one) number of Choke Manifold of minimum 3.1/16" x
10,000psi specification or higher, to E&P companies / Drilling Contractors /
Drilling service providers in the last 5 (five) years preceding the original bid closing
date of the tender (either by themselves or through their sole selling agent /
distributor / dealer / supply house).

Documentary evidence to substantiate supply record should be submitted in the


form of copies of relevant Purchase Orders along with copies of any of the
documents in respect of satisfactory execution of each of those Purchase Orders,
such as:

(i) Satisfactory Inspection report


(ii) Satisfactory supply completion / Installation / Commissioning report
(iii) Delivery challans received by Consignee
(iv) Central Excise Gate Pass / Tax Invoice issued under relevant rules of
Central Excise / VAT

Note:
i. The Purchase Order date need not be within 5 (five) years preceding original
bid closing date of this tender. However, the execution of supply should be
within 5 (five) years preceding original bid closing date of this tender.

1.2.2 Those Manufacturers which have successfully supplied Choke Manifold(s) having
specification of 3.1/16" x 10,000psi or higher as specified in Clause No. 1.2.1 to
OIL in the last 5 (five) years preceding the original bid closing date of this tender,
either by them self or through their sole selling agent / authorized distributor /
SDG5569P18 Page 19 of 48
authorized dealer / supply house and whose past performance has been
satisfactory, they need not satisfy Clause 1.2.1. In this situation the bidder shall
have to indicate the Purchase Order (P.O.) number of OIL, date & quantity
supplied to OIL in their technical bid.

1.3 The bidder shall confirm that the equipment / products will be tested and certified
as per the latest edition of API Spec. 6A, PSL-3 and API Spec. 16C.

1.4 The bidder must keep API licenses along with authorization for API monogram
valid till execution of purchase order and must confirm that the offered product
will be supplied with API Monogram.

1.5 In case renewal process of API license is in progress at the time of bidding, the
bidder should furnish a letter from API to this effect that renewal of the license is
under examination with API and is authorized to manufacture the items as per
API license and to use API monogram till the renewal for license is issued. The
bidder shall also submit an undertaking that delay in renewal of API certificate
shall not affect the stipulated delivery schedule of the tender / purchase order.

1.6 Bidder must guarantee uninterrupted supply of spares and availability of service
for at least 10 years with effect from delivery of the Item / product for the item /
product to be supplied under the Tender / Order, if order is awarded to them by
OIL.

1.7 Bidder should categorically confirm in the technical bid a delivery schedule within
seven (07) months, FOB Port of dispatch, after establishment of letter of credit (in
case of foreign bidder) or for despatch of the equipment within seven (07) months
after receipt of formal order (in case of indigenous bidder) failing which their offer
will be rejected.

A.2 FINANCIAL CRITERIA:

1.0 Annual Turnover: The bidder shall have an annual financial turnover of minimum
US$ 6,67,000.00 or Rs 426.66 Lakhs (Being 50% of tender value)during any of the
preceding 03 (three) financial years reckoned from the original bid closing date of
the tender.

2.0 "Net Worth" of the bidder should be positive for the financial/accounting year just
preceding to the original bid closing date of the tender (i.e. FY 2016-17).

3.0 Considering the time required for preparation of Financial Statements, if the last
date of preceding financial / accounting year falls within the preceding six months
reckoned from the original bid closing date and the Financial Statements of the
preceding financial / accounting year are not available with the bidder, then the
financial turnover of the previous three financial / accounting years excluding the
preceding financial / accounting year will be considered. In such cases, the Net
worth of the previous financial / accounting year excluding the preceding financial
/ accounting year will be considered. However, the bidder has to submit an
affidavit/undertaking certifying that ‘the balance sheet/Financial Statements for
the financial year 2016 (As the case may be) has actually not been audited so far’.

Note:
a) For proof of Annual Turnover & Net worth any one of the following document must
be submitted along with the bid:-

SDG5569P18 Page 20 of 48
i) A certificate issued by a practicing Chartered/Cost Accountant (with
Membership Number and Firm Registration Number), certifying the Annual
turnover & Net worth as per format prescribed in ANNEXURE IV.
OR
ii) Audited Balance Sheet along with Profit & Loss account. In case of Foreign
bidders, self-attested/digitally signed printed published accounts are also
acceptable

b) In case the bidder is a Central Govt. Organization/PSU/State Govt.


Organization/Semi-State Govt. Organization or any other Central/State Govt.
Undertaking, where the auditor is appointed only after the approval of Comptroller
and Auditor General of India and the Central Government, their certificates may
be accepted even though FRN is not available. However, bidder to provide
documentary evidence for the same.

4.0 In case the Audited Balance Sheet and Profit & Loss Account submitted along
with the bid are in currencies other than INR or US$, the bidder shall have to
convert the figures in equivalent INR or US$ considering the prevailing conversion
rate on the date of Balance Sheet and Profit & Loss Account. A CA certificate is to
be submitted by the bidder regarding converted figures in equivalent INR or US$.

A.3 COMMERCIAL

Commercial Bid Rejection Criteria will be as per Section D of General Terms &
Conditions of Global Tender (MM/GLOBAL/E-01/2005) with following Special Bid
Rejection Criteria.

1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote
accordingly under Single Stage Two Bid System. Please note that no price
details should be furnished in the Technical (i.e. Unpriced) bid. The “Unpriced
Bid” shall contain all techno-commercial details except the prices, which shall be
kept blank. The “Price Bid” must contain the price schedule and the bidder’s
commercial terms and conditions.
Bidder not complying with above submission procedure will be rejected.

2.0 The prices offered shall have to be firm through delivery and not subject to
variation on any account. A bid submitted with an adjustable price will be treated
as non-responsive and rejected.

3.0 Bids received in physical form against online invitation through e-portal shall be
rejected (except the documents specifically called for in hard copies, if any).
Similarly, Bids received after the bid closing date and time shall be rejected. Also,
modifications to bids received after the bid closing date & time shall not be
considered.

4.0 Bids containing incorrect statement shall be rejected.

5.0 Validity of the bid shall be minimum 120 days from the date of Bid Closing Date.
Bids with lesser validity will be straightway rejected.

6.0 Bid Security in ORIGINAL shall be furnished by the Bidder as a part of their Bid.
The amount of Bid Security & its validity shall be specified in the covering letter of
this bid document. Any bid not accompanied by a proper bid security in
ORIGINAL shall be rejected without any further consideration. A bid shall be
rejected straightway if Original Bid Security is not received within the stipulated
date & time mentioned in the Tender and/or if the Bid Security validity is shorter
than the validity indicated in Tender and/or if the Bid Security amount is lesser
SDG5569P18 Page 21 of 48
than the amount indicated in the Tender.

6.1 For exemption for submission of Bid Security please refer Clause No. 9.8 (Section
A) of “General Terms & Conditions” for e-Procurement as per Booklet No.
MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders).

7.0 Bidders must confirm that Goods, materials or plant(s) to be supplied shall be new
of recent make and of the best quality and workmanship and shall be guaranteed
for a period of 18 months from the date of shipment/dispatch or twelve (12)
months from the date of receipt of the items at destination, whichever is earlier
against any defects arising from faulty materials, workmanship or design. Defective
goods/materials or parts rejected by OIL shall be replaced immediately by the
supplier at the supplier’s expenses at no extra cost to OIL.

8.0 Successful bidder shall be required to furnish a Performance Security equivalent to


ten (10%) of total evaluated value of Order, which should remain valid throughout
the period execution, including extension, if any. The successful bidder shall
submit Performance Security within 30 days of award, failing which OIL reserves
the right to cancel the order and forfeit their Bid Security. Bidders should
undertake in their bids to submit Performance Security as stated above

9.0 Offers should be submitted along with Integrity Pact duly signed by the authorized
signatory of the bidder. If any bidder refuses to sign Integrity Pact or declined to
submit Integrity Pact with the offer, their bid shall be rejected straightway.

10.0 Evaluation of Bid shall be done on individual item basis.

11.0 Bidders are required to submit the summary of the prices in their price bids as
per bid format (Summary), given below.

(i) Price Bid Format (SUMMARY) for Foreign Bidders:

(A) Basic material value including TPI for item no-10 (to indicate HSN code):
(B) Basic material value including TPI for item no-20 (to indicate HSN code):
(C) Packing & FOB Charges for item no -10:
(D) Packing & FOB Charges for item no -20 :
(E) Total FOB Port of Shipment value, (A+B+C+D) above :
(F) Overseas Freight Charges upto Kolkata, India for item no -10:
(G) Overseas Freight Charges upto Kolkata, India for item no -20
(H) Banking & Insurance Charges @1.5% of E:
(I) Total CIF Kolkata value, (E + F + G +H) :
(J) Installation & commissioning charges including applicable taxes for item no
-10 :
(K) Installation & commissioning charges including applicable taxes for item no
-20 :
(L) Total Value (I+J+K) :
(M) Total Value in words :
(N) Gross Weight & Volume for item no -10:
(O) Gross Weight & Volume for item no -20 :
(P) Cost (with break up) of 2 years recommended spares (shall not be
considered for evaluation):

(ii) Price Bid Format (SUMMARY) for Indigenous Bidders:

(A) Basic material value including TPI for item no-10 (to indicate HSN code):
(B) Basic material value including TPI for item no-20 (to indicate HSN code):
(C) Packing and Forwarding charges, for item no - 10:
(D) Packing and Forwarding Charges, for item no 20:
SDG5569P18 Page 22 of 48
(E) Total Ex-works value, ( A+B+C+D ) above :
(F) GST on E (Please indicate applicable rate) :
(G) Compensatory Cess, if any (Please indicate applicable rate) :
(H) Total FOR Despatching Station price, ( E+F+G ) above :
(I) Road Transportation charges to Duliajan for item no - 10:
(J) Road Transportation charges to Duliajan for item no - 20
(K) GST on (I+J) (Please indicate applicable rate) :
(L) Insurance Charges inclusive of GST:
(M) Total FOR Duliajan value, ( H+I+J+K+L) above :
(N) Installation & Commissioning charges for item no -10:
(O) Installation & Commissioning charges for item no – 20:
(P) GST on (N+O):
(Q) Total Value (M+N+O+P) :
(R) Gross Weight & Volume for item no -10:
(S) Gross Weight & Volume for item no – 20:
(T) Import Content, if any :
(U) Local Content details :
(V) Cost (with break up) of 2 years recommended spares (shall not be considered
for evaluation)

12.0 Bidder shall accept and comply with the following clauses as given in the Bid
Document, failing which bid shall be liable for rejection:

i) Liquidated Damages
ii) Warranty/Guarantee of material
iii) Arbitration / Resolution of Dispute
iv) Force Majeure
v) Applicable Laws

13.0 A bid shall be rejected straightway if it does not conform to any one of the following
clauses:

a) Validity of bid shorter than the validity indicated in the Tender.

b) Original Bid Security not received within the stipulated date & time mentioned
in the Tender.

c) Bid Security with (i) validity shorter than the validity indicated in Tender and/or
(ii) Bid Security amount lesser than the amount indicated in the Tender.

B. BID EVALUATION CRITERIA

The bids conforming to the specifications, terms and conditions stipulated in the
enquiry and considered to be responsive after subjecting to the Bid Rejection
Criteria will be considered for further evaluation as per General Terms and
Conditions for Global Tender and the Bid Evaluation Criteria given below:

B.1 COMMERCIAL

The bids conforming to the specifications, terms and conditions stipulated in the
tender and considered to be responsive after subjecting to the Bid Rejection
Criteria shall be considered for further evaluation as per General Terms and
Conditions for Global Tender and the Bid Evaluation Criteria given below:

SDG5569P18 Page 23 of 48
1.0 The evaluation of bids shall be done as per the Price Bid Format
(SUMMARY) provided in the Tender and detailed below.

2.0 If there is any discrepancy between the unit price and the total price, the unit price
will prevail and the total price shall be corrected. Similarly, if there is any
discrepancy between words and figure, the amounts in words shall prevail and will
be adopted for evaluation.

3.0 For conversion of foreign currency into Indian currency, B.C. selling (Market) rate
declared by State Bank of India, one day prior to the date of price bid opening shall
be considered. However, if the time lag between the opening of the bids and final
decision exceed 3(three) months, then B.C. Selling(Market) rate of exchange
declared by SBI on the date prior to the date of final decision shall be adopted for
conversion and evaluation.

4.0 To ascertain the inter-se-ranking, bid prices shall be converted into Indian
Rupees and the comparison of responsive bids shall be made as under,
subject to corrections / adjustments, if any.

Note: 1) Domestic Bidders must quote inland freight charges upto Duliajan. In
case bidder fails to quote inland freight charges, highest freight quoted by
domestic bidder (considering pro-rata distance) against this tender or OIL’s
estimated freight, whichever is higher, shall be loaded to their offer for comparison
purpose.

2) For enquiries with duty exemption benefit – The items covered under this
enquiry shall be used by OIL in the PEL/ML areas issued/renewed after 01/04/99
and hence, applicable customs duty for import of goods shall be zero. However,
IGST @5% shall be applicable. IGST @5% shall be applicable for Indigenous
bidders also under deemed export benefit.

4.1 When only foreign bidders are involved:

Comparison of bids shall be done on the basis of “TOTAL VALUE (P) ” quoted by
the Bidders against each individual item as per Price Bid Format adopted in the
Tender considering the following:

(A) Basic material value including TPI :


(B) Packing & FOB Charges :
(C) Total FOB Port of Shipment value, (A+B) above :
(D) Overseas Freight Charges upto Kolkata, India :
(E) Insurance Charges :
(F) Banking Charges @ 1% of C* :
(G) CIF value, (C+D+E+F) :
(H) Landing charges 1% on G:
(I) CIF Landed Value (G+H) :
(J) Basic Customs duty including cess, if any on I :
(K) CIF Landed Value + CD (I+J):
(L) IGST (including cess, if any) on I :
(M) Compensatory cess on J, if any :
(N) CIF + CD + GST Landed value (K+L+M) :
(O) Installation & commissioning charges including applicable taxes :
(P) Total Value (N+O) :

NOTE: *Banking charge in the country of the foreign bidder shall be borne by the
bidder. Banking charge 1% for payment through Letter of Credit. And 1.5 % if
confirmed LC at buyer’s account is required.

SDG5569P18 Page 24 of 48
4.2 When only domestic bidders are involved or when more than one domestic
bidders are in contention in case of mixed response:

Comparison of bids shall be done on the basis of “TOTAL FOR DULIAJAN VALUE
(L)" quoted by the Bidders against each individual item as per Price Bid Format
adopted in the Tender considering the following:

(A) Material value including TPI :


(B) Packing and Forwarding Charges, if any:
(C) Total Ex-works value, ( A+B ) above :
(D) GST on C :
(E) Compensatory Cess, if any :
(F) Total FOR Despatching Station price, ( C+D+E ) above :
(G) Road Transportation charges upto Duliajan :
(H) GST on G :
(I) Insurance Charges inclusive of GST:
(J) Installation & Commissioning Charges :
(K) GST on J:
(L) Total FOR Duliajan value, ( F+G+H+I +J+K) above :

4.3 When both foreign and domestic bidders are involved:

The Total Value of domestic bidder as worked out as per para 4.2 (L)(excluding
G,H & I) above and Total Value of the foreign bidder worked out as per Para 4.1(P)
above will be compared.

Note: If the Government of India revises these evaluation criteria the same
as applicable on the bid closing date will be adopted for evaluation of the
offers.

5.0 Other terms and conditions of the enquiry shall be as per General Terms and
Conditions for Global Tender. However, if any of the Clauses of the Bid Rejection
Criteria / Bid Evaluation Criteria (BEC / BRC) mentioned here contradict the
Clauses in the General Terms & Conditions of Global Tender of the tender and/or
elsewhere, those mentioned in this BEC / BRC shall prevail.

***

SDG5569P18 Page 25 of 48
ANNEXURE – III

CHECK LIST
THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER.
PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER. THESE
WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE SELECT "Yes"
OR "No" TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN.

A. TECHNICAL

Sl REQUIREMENT COMPLIANCE
No
1 Whether the items would be brand new, unused & of prime quality? Yes/ No
2 Whether the item would be free from all defects & fault in material, Yes/ No
workmanship & manufacture and shall be in full conformity with
ordered specifications?
3 Whether the defective item / parts, if any, rejected by OIL will be Yes/ No
replaced by the bidder free of cost?
4 Whether the item would be manufactured as per latest editions of API Yes/ No
spec. 6A (PSL 3) and 16C?
5 Whether bidder has forwarded copies of API spec. 6A and API spec Yes/ No
16C certificates, as indicated in the tender, along with the quotation?
6 Whether detailed technical catalogues, literature and drawings Yes/ No
indicating exploded view and dimensions with part numbers for the
offered items are forwarded?
7 Whether list of recommended spare parts for 02 years trouble free Yes/ No
operation with unit price and part numbers of each and every item along
with the quotation are forwarded?
8 Whether testing and marking would be done as per latest editions of Yes/ No
API Spec. 6A (PSL 3) and API spec 16C?
9 Whether mentioned country of origin and port of shipment? Yes/ No

B.COMMERCIAL

Sl# REQUIREMENT COMPLIANCE


1.0 Whether bid submitted under Single Stage Two Bid System? Yes / No
2.0 Whether quoted as manufacturer? Yes / No
3.0 Whether ORIGINAL Bid Bond (not copy of Bid Bond) as per Yes / No
Revised Format(Annexure VII Revised) Sent separately? If
YES, provide details
(a) Amount :
(b) Name of issuing Bank :
(c) Validity of Bid Bond :
4.0 Whether offered firm prices ? Yes / No
4.1 Whether quoted offer validity of 120 days from the bid Yes / No
closing date of tender?
4.2 Whether quoted a firm delivery period? Yes / No
4.3 Whether agreed to the NIT Warranty clause? Yes / No
4.4 Whether confirmed acceptance of tender Payment Terms of Yes / No
80% against shipment/dispatch documents and balance 20%
after successful commissioning/testing along with
commissioning/testing charges?
5.0 Whether confirmed to submit PBG as asked for in NIT? Yes / No
SDG5569P18 Page 26 of 48
5.1 Whether agreed to submit PBG within 30 days of Yes / No
placement of order?
6.0 Whether Price submitted as per Price Schedule (refer Para Yes / No
12.0 of BRC vide Annexure – II)?
6.1 Whether cost of Recommended Spares for 2 years of YES/NO
operations quoted?
7.0 Whether quoted as per NIT (without any deviations)? Yes / No
7.0 Whether quoted any deviation? Yes / No
7.1 Whether deviation separately highlighted? Yes / No
8.0 Whether indicated the country of origin for the items quoted? Yes / No
8.1 Whether technical literature / catalogue enclosed? Yes / No
8.2 Whether weight & volume of items offered indicated? Yes / No
9.0 For Foreign Bidders - Whether offered FOB / FCA port of Yes / No
despatch including sea / air worthy packing & forwarding?
9.1 For Foreign Bidders – Whether port of shipment indicated. To Yes / No
specify:
For Foreign Bidders only - Whether indicated ocean freight up Yes / No
9.2
to Kolkata port (Excluding marine insurance ) ?
9.3 Whether Indian Agent applicable ? Yes / No
If YES, whether following details of Indian Agent provided?
(a) Name & address of the agent in India – To indicate
(b) Amount of agency commission – To indicate
(c) Whether agency commission included in quoted material
value?
10.0 For Indian Bidders – Whether indicated the place from where Yes / No
the goods will be dispatched. To specify :
10.1 For Indian Bidders – Whether road transportation charges up Yes / No
to Duliajan quoted?
10.2 For Indian Bidders only - Whether offered Ex-works price Yes / No
including packing/forwarding charges?
10.3 For Indian Bidders only - Whether indicated import content in Yes / No
the offer?
10.4 For Indian Bidders only - Whether offered Deemed Export Yes / No
prices?
10.5 For Indian Bidders only – Whether all applicable Taxes & Yes / No
Duties have been quoted?
11.0 Whether all BRC/BEC clauses accepted ? Yes / No
12.0 Whether Integrity Pact with digital signature uploaded? Yes / No
12. Whether all the clauses in the Integrity Pact have been Yes / No
1 accepted?

C. TO BE FILLED UP IN DETAIL:

Sl Requirement Bidder’s Reply


No

01 Make and Model of the Items

SDG5569P18 Page 27 of 48
02 Bid validity

03 Payment Terms

04 Guarantee/Warranty Terms

05 Delivery Period

08 Port of Despatch / Despatching


Station

09 Confirm submission Integrity


pact, if required as per NIT

10 Confirm submission PBG, if


required as per NIT
Compliance to:
11 a) Liquidated Damage
b) Warranty/Guarantee
c) Arbitration/Resolution of
Dispute
d) Force Majeure
e) Applicable laws
12 Exception/Deviations quoted, if
any, to be given in details or
refer to respective page of the
bid documents

Signature _______________________

Name _______________________

Designation ______________________

SDG5569P18 Page 28 of 48
ANNEXURE – IV

CERTIFICATE OF ANNUAL TURNOVER & NET WORTH

TO BE ISSUED BY PRACTISING CHARTARD ACCOUNTANTS’ FIRM ON THEIR


LETTER HEAD

TO WHOM IT MAY CONCERN

This is to certify that the following financial positions extracted from the audited
financial statements of M/s…………………………………………….(Name of the bidder) for
the last three (3) completed accounting years upto………………………… (as the case
may be) are correct

YEAR TURN OVER NET WORTH


In INR (Rs.) Crores/ US $ In INR (Rs.) Crores / US $
Million) * Million ) *

*Rate of conversion (if used any): USD 1.00 = INR …….

Place:
Date:

Seal

Membership No:
Registration Code:

Signature

*Applicable only for GLOBAL tenders

SDG5569P18 Page 29 of 48
ANNEXURE – V

TECHNICAL EVALUATION MATRIX


(TO BE FILLED IN BY BIDDER DULY SIGNED)

BID EVALUATION CRITERIA

Clause TO BE FILLED BY THE


Number BIDDER

Relevant Location of their Bid to


BIDDER’S RESPONSE
support the remarks /
DESCRIPTION (Complied / Not Complied /
compliance
Deviation / Not Applicable)
(Reference of Document name /
Serial number / Page number of
bid for documentary evidence)
The bidder should be an Original Equipment Manufacturer (OEM) of
the offered item(s). The Manufacturer of the offered item(s), should
1. satisfy the following along with documentary evidences, which should
be enclosed along with the techno-commercial bid without which the
offers will be rejected.
The bidder should have an experience of minimum 5 (five) years in
manufacturing of Choke manifold under API Spec. 6A and API spec.
16C certifications preceding the original bid closing date of the tender.
Copies of API 6A (Having authorization for chokes, valves, tees and
crosses, adapter and spacer spools etc) and API 16C (Having
1.1
authorization for choke and kill manifold assemblies) certificates for
the last 5 (Five) years (i.e. continuous without having any break in
between) shall be submitted along with techno - commercial bid. Bids
without copies of valid API 6A and API 16C certificates or with break
in between will be rejected.
The bidder should also have the experience of supplying at least 03
1.2.1
(three) numbers of Choke Manifolds of minimum 2.1/16” x 5,000psi

SDG5569P18 Page 30 of 48
specification or higher and at least 01 (one) number of Choke Manifold
of minimum 3.1/16” x 10,000psi specification or higher, to E&P
companies / Drilling Contractors / Drilling service providers in the last
5 (five) years preceding the original bid closing date of the tender
(either by themselves or through their sole selling agent / distributor /
dealer / supply house).

Documentary evidence to substantiate supply record should be


submitted in the form of copies of relevant Purchase Orders along with
copies of any of the documents in respect of satisfactory execution of
each of those Purchase Orders, such as:

(i) Satisfactory Inspection report (OR)


(ii) Satisfactory supply completion / Installation / Commissioning
report (OR)
(iii) Delivery challans received by Consignee (OR)
(iv) Central Excise Gate Pass / Tax Invoice issued under relevant rules
of Central Excise / VAT

Note:

i. The Purchase Order date need not be within 5 (five) years preceding
original bid closing date of this tender. However, the execution of
supply should be within 5 (five) years preceding original bid closing
date of this tender.
Those Manufacturers which have successfully supplied Choke
Manifold(s) having specification of 3.1/16” x 10,000psi or higher as
specified in Clause No. 1.2.1 to OIL in the last 5 (five) years preceding
the original bid closing date of this tender, either by them self or
1.2.2 through their sole selling agent / authorized distributor / authorized
dealer / supply house and whose past performance has been
satisfactory, they need not satisfy Clause 1.2.1. In this situation the
bidder shall have to indicate the Purchase Order (P.O.) number of OIL,
date & quantity supplied to OIL in their technical bid.
SDG5569P18 Page 31 of 48
The bidder shall confirm that the equipment / products will be tested
1.3 and certified as per the latest edition of API Spec. 6A, PSL-3 and API
Spec. 16C.
The bidder must keep API licenses along with authorization for API
1.4 monogram valid till execution of purchase order and must confirm that
the offered product will be supplied with API Monogram.
In case renewal process of API license is in progress at the time of
bidding, the bidder should furnish a letter from API to this effect that
renewal of the license is under examination with API and is authorized
1.5 to manufacture the items as per API license and to use API monogram
till the renewal for license is issued. The bidder shall also submit an
undertaking that delay in renewal of API certificate shall not affect the
stipulated delivery schedule of the tender / purchase order.
Bidder must guarantee uninterrupted supply of spares and availability
of service for at least 10 years with effect from delivery of the Item /
1.6
product for the item / product to be supplied under the Tender / Order,
if order is awarded to them by OIL.
Bidder should categorically confirm in the technical bid a delivery
schedule within seven (07) months, FOB Port of dispatch, after
establishment of letter of credit (in case of foreign bidder) or for
1.7
dispatch of the equipment within seven (07) months after receipt of
formal order (in case of indigenous bidder) failing which their offer
will be rejected.

SDG5569P18 Page 32 of 48
ANNEXURE – VI

TECHNICAL EVALUATION MATRIX


(TO BE FILLED IN BY BIDDER DULY SIGNED)

TECHNICAL SPECIFICATIONS

Clause TO BE FILLED BY THE


Number BIDDER

Relevant Location of their Bid to


BIDDER’S RESPONSE
support the remarks /
DESCRIPTION (Complied / Not Complied /
compliance
Deviation / Not Applicable)
(Reference of Document name /
Serial number / Page number of
bid for documentary evidence)
2.1/16" x 5000PSI WP (52.3875 mm x 351.62 kg/sq cm) Choke
manifold with Remote Control Panel and Accessories: Quantity –
5 Sets

I. The following are the minimum specifications / requirements for 1


set of the above item

Clause A A) Choke manifold, 2.1/16" x 5,000 psi WP (52.3875 mm x 351.62


(Item kg/sq cm), PSL-3, PR-1 for all gate valves and PR-2 for all chokes,
Number Temp Class P-U, Material Class-EE with an H2S partial pressure
10) rating of 1.5 psia (10.34 KPa) or higher (In compliance with NACE
MR 0175) for sour service, Stainless Steel(SS-316) OR Alloy 625
inlayed ring grooves, manufactured, tested and certified in accordance
with the latest editions of API Spec. 6A (PSL 3) and API Spec. 16C.
The unit should be assembled, tested and mounted on a non-adjustable,
rugged, oilfield type skid and consist of a minimum of the following
items and as per the enclosed indicative schematic diagram.

SDG5569P18 Page 33 of 48
1.A) Fourteen (14) gate valves, 2.1/16" x 5,000 psi WP, manually
operated, with RX 24 flanged ends, complete with hand wheels.

1.B) Additionally, six (06) gate valves, 2.1/16" x 5,000 psi WP,
manually operated, with RX 24 flanged ends, complete with hand
wheels to be supplied loose along with Ring Joint Gaskets and studs
with nuts for the outlets of the buffer tanks.

2) One (01) adjustable choke, 2.1/16" x 5,000 PSI WP, manually


operated, with RX 24 flanged ends and tungsten carbide stem /seat.

3) Two (02) remote chokes, 2.1/16" x 5,000 PSI WP, hydraulically


operated, with RX 24 flanged ends and tungsten carbide orifice plates.

4) One (1) 5 way studded block 2.1/16” x 5,000 PSI with RX 24


flanged ends x 2.1/16” x 5,000 PSI with RX 24 flanged ends.

5) One (1) 3 way extended studded tee 2.1/16” x 5,000 PSI, 9” x 9” x


12.492”.

6) Two (02) 4 way studded cross, 2.1/16" x 5,000 PSI WP, with RX 24
studded outlets.

7) One (1) Square Section Buffer tank (6 port) 9” OD x 9” ID x


29.753” long, 2.1/16” x 5,000 PSI.

8) One (1) Square Section Buffer tank (4 port) 9” OD x 9” ID x


29.753” long, 2.1/16” x 5,000 PSI.

9) Seven (7) Blind Flanges 2.1/16” x 5,000 PSI.

10) One (1) Adapter flange 2.1/16” x 5,000 PSI x 2” fig. 1502 female
with lip seal.

SDG5569P18 Page 34 of 48
11) One (1) Blind Plug 2” fig. 1502 male with union nut.

12) One (01) pressure gauge (0 – 5000) PSI, with 2.1/16" x 5,000 PSI
RX 24 flanged connection.

13) Two (02) spacer spool, 2.1/16” x 5,000 PSI x 2.1/16” x 5,000 PSI
WP with RX 24 flanged ends, 17.354” long.

14) One (01) spacer spool, 2.1/16” x 5,000 PSI x 2.1/16” x 5,000 PSI
WP with RX 24 flanged ends, 18.00”” long

15) One (1) non-adjustable oilfield type rugged skid with chequered
plate top having provisions for the installation of lifting slings.

16) All necessary studs, nuts & ring joint gaskets for the complete
assembly- 1 Lot.
Remote Choke Control Panel (manufactured in compliance with latest
editions of API Spec. 16C) along with all necessary hoses, control
lines, cables, pump stroke switches, valves, sensors, gauges, pumps,
filters, lubricators, mufflers, relief valves etc.(wherever applicable), for
operating the two remote chokes, monitoring strokes of two mud
pumps, monitoring drill pipe pressure, casing pressure, choke position,
air pressure and accumulator pressure.
Clause B
(Item The Remote Choke Control Panel should have the following
Number features/specifications as a minimum:
10)
1) 1 number of analog Drill Pipe Pressure gauge (0-5,000) psi or 1
number of digital Drill Pipe Pressure gauge (0-5,000) psi.

2) 1 number of analog Choke - Manifold (Casing) Pressure gauge (0-


5,000) psi or 1 number of digital Choke - Manifold (Casing) Pressure
gauge (0-5,000) psi.

SDG5569P18 Page 35 of 48
3) 1 number of 4-Display Digital Pump Stroke Counter (for monitoring
Strokes & Total Strokes for each of 2 rig pumps individually).

4) 1 number of Rig Air Pressure gauge (0-300) psi.

5) 2 numbers of Air supply on/off valves.

6) 1 number Choke Operating Speed Selector/controller.

7) 2 numbers of analog Choke Position Indicator Gauge or 2 numbers


of digital Choke Position Indicator Gauge.

8) 2 numbers of Choke Operating valves with operating levers.

9) If the drill pipe and choke manifold pressure gauges supplied are of
analog types as per Clause I. B), Pt. No. 1) and 2), of Technical
Specification, then the following items have to be supplied:

- 2 numbers of high pressure hose of 5,000 psi rating and 200ft length
with hydraulic pressure sensors and 2” Fig. 1002 hammer union
connector at one end for connecting with the standpipe manifold /
choke manifold and suitable connector at the other end as per
manufacturer’s design for connecting with the remote control panel.

Or

If the drill pipe and choke manifold pressure gauges supplied are of
digital types as per Clause I. B), Pt. No. 1) and 2), of Technical
Specification, then the following items have to be supplied:

Adequate numbers of pressure sensing cables of 200 ft length as per


manufacturer’s design with pressure transducer and 2” Fig. 1002
hammer union connector at one end for connecting with the standpipe
manifold / choke-manifold and suitable connector at the other end for
SDG5569P18 Page 36 of 48
connecting with the remote control panel.

10) 4 numbers of high pressure hose of 3,000 psi rating and 200ft
length.

11) If the choke position indicators supplied are of analog types as per
Clause I. B), Pt. No. 7), of Technical Specification, then the following
items have to be supplied:

- 4 numbers of air hose of 200psi rating and 200ft length with sensors
and connectors

Or

If the choke position indicators supplied are of digital types, as per


Clause I. B), Pt. No. 7), of Technical Specification, then the following
items have to be supplied:

- Adequate numbers of position sensing cables of 200 ft length as per


manufacturer’s design with sensors and connectors.

12) 2 numbers of cables for pump stroke counter of 300ft length.

13) 2 numbers of pump stroke switches (explosion proof).

14) Minimum 1 number of air operated hydraulic pump.

15) 1 number of manually operated hydraulic pump.

16) 1 number of hydraulic fluid reservoir.


Clause C INSTALLATION AND COMMISSIONING
(Item
Number Bidders should categorically confirm that Installation &
10) Commissioning of the 3.1/8" x 5000PSI WP (79.375 mm x 351.62
SDG5569P18 Page 37 of 48
kg/sq cm) Choke manifold with Remote Control Panel would be
carried out by their competent personnel at suitable location in or
around Duliajan, ASSAM, INDIA upon receipt of the unit at Duliajan.

The installation and commissioning charges inclusive of service tax to


be quoted separately and would be considered for evaluation of the
offer. These charges should include amongst others to and fro fares,
boarding / lodging, local transport at Duliajan inclusive of to & fro
transportation to site from Duliajan and other expenses of supplier's
commissioning personnel during their stay at Duliajan, Assam (India).
However, the basic facilities required for installation & commissioning
such as Crane service, electric power and pressurized air shall be
provided by OIL. Rig-up at designated site will be the responsibility of
OIL but, supplier should provide the supervisory assistance by
deputing their competent personnel.

Commissioning shall be completed within 4 (four) months after receipt


of all the items at Duliajan.
THIRD PARTY INSPECTION

1) Bidder is to arrange for Third Party Inspection at manufacturer’s


plant as per the enclosed broad scope of work. Bidder should confirm
that equipment / material supplied by them will be inspected by any of
the following third party inspection agencies at their cost and Third
Clause D Party Inspection Report will be submitted along with the Shipping /
(Item Dispatch document. Bidder will quote the charges for such inspection
Number separately and indicate in the priced bid which will be considered for
10) bid evaluation.

a) Bureau Veritas (BV)


b) Lloyd Register of Shipping
c) Det Norske Veritas (DNV)
d) RITES
e) Indian Register of Shipping (IRS)
SDG5569P18 Page 38 of 48
2) Scope of Third Party Inspection:

i) APPLICABLE API STANDARD: API 6A AND API 16C.

ii) Broad scope of third party inspection to be as under:

a) Stage of inspection: Final stage.


b) Kind of inspection: Review of documents and Visual inspection.
c) Release of inspection note by inspection agency to the
manufacturer who will submit the same to Oil India Limited along
with dispatch documents.

iii) Review of documents to include:

a) Manufacturers QA Plan and API qualification certificate.


b) General Assembly drawing.
c) Production Record.
d) Raw Materials and Components Certificate and Test Report
(Chemical, Physical, Heat Treatment and NDT)
e) Product Inspection report.
f) Performance verification test Records as per API 16C and 6A.
k) Compliance of Standard NACE MR-01-75 for H2S Services.

iv) Visual inspection to include:

a) Overall Visual and Dimensional Inspection.


b) Verify the material and components are brand new and recently
manufactured.
c) Verify that the item is in accordance with the PO specification
and API monogrammed.
d) Witness final testing / performance testing (pressure testing) of
the gate valves and chokes as per API 6A certification and
submission of the records.
SDG5569P18 Page 39 of 48
3.1/16" x 10000PSI WP (77.78 mm x 703.23 kg/sq cm) Choke
manifold with Remote Control Panel and Accessories: Quantity –
2 Sets

II. The following are the minimum specifications / requirements for 1


set of the above item

Choke manifold, 3.1/16" x 10,000 psi WP (77.78 mm x 703.23 kg/sq


cm), PSL-3, PR-1 for all gate valves and PR-2 for all chokes, Temp
Class P-U, Material Class-EE with an H2S partial pressure rating of
1.5 psia (10.34 KPa) or higher (In compliance with NACE MR 0175)
for sour service, Stainless Steel(SS-316) OR Alloy 625 inlayed ring
grooves, manufactured, tested and certified in accordance with the
latest editions of API Spec. 6A (PSL 3) and API Spec. 16C. The unit
should be assembled, tested and mounted on a non-adjustable, rugged,
Clause A oilfield type skid and consist of a minimum of the following items and
(Item as per the enclosed indicative schematic diagram (Diagram is with One
Number number of adjustable choke, however the offer should include Two
20) numbers of adjustable chokes and both the buffer tanks should have six
ports).

1.A) Fifteen (15) gate valves, 3.1/16" x 10,000 psi WP, manually
operated, with BX 154 flanged ends, complete with hand wheels.

1.B) Additionally, seven (07) gate valves, 3.1/16" x 10,000 psi WP,
manually operated, with BX 154 flanged ends, complete with hand
wheels to be supplied loose along with Ring Joint Gaskets and studs
with nuts for the outlets of the buffer tanks.

2) One (01) gate valve, 2.1/16" x 10000PSI WP, manually operated,


with BX 152 flanged ends, complete with hand wheels.

3) Two (02) adjustable chokes, 3.1/16" x 10000PSI WP, manually


operated, with BX 154 flanged ends and tungsten carbide stem /seat.
SDG5569P18 Page 40 of 48
4) Two (02) remote chokes, 3.1/16" x 10000PSI WP, hydraulically
operated, with BX 154 flanged ends and tungsten carbide orifice
plates.

5) One (1) 5 way studded block 3.1/16” x 10000PSI with BX 154


flanged ends x 2.1/16” x 10000 PSI with BX 152 flanged ends.

6) One (1) 3 way extended studded tee 3.1/16” x 10000PSI, 11.76” x


11.76” x 17.612”.

7) One (01) 4 way studded cross, 3.1/16" x 10000PSI WP, with BX


154 studded outlets.

8) One (01) 4 way studded cross, 2.1/16" x 10000PSI WP, with BX


152 studded outlets.

9) One (1) Square Section Buffer tank (6 port) 11.76” OD x 11.76” ID


x 39.698” long, 3.1/16” x 10000PSI.

10) One (1) Square Section Buffer tank (6 port) 11.76” OD x 11.76”
ID x 39.698” long, 3.1/16” x 10000PSI.

11) Six (6) Blind Flange 3.1/16” x 10000PSI.

12) One (1) Blind Flange 2.1/16” x 10000PSI.

13) One (1) Adapter flanges 2.1/16” x 10000PSI x 2” fig. 1502 female
with lip seal.

14) One (1) Blind Plug 2” fig. 1502 male with union nut.

15) One (01) pressure gauge (0 – 10000) PSI, with 2.1/16" x 10000PSI
BX 152 flanged connection.
SDG5569P18 Page 41 of 48
16) Two (02) spacer spool, 3.1/16” x 10000PSI x 3.1/16” x 10000PSI
WP with BX 154 flanged ends, 33.414” long.

17) One (1) spacer spool, 2.1/16” x 10000PSI x 2.1/16” x 10000PSI


WP with BX 152 flanged ends, 18.00” long.

18) One (1) non-adjustable oilfield type rugged skid with chequered
plate top having provisions for the installation of lifting slings.

19) All necessary studs, nuts & ring joint gaskets for the complete
assembly- 1 Lot.
Remote Choke Control Panel (manufactured in compliance with latest
editions of API Spec. 16C) along with all necessary hoses, control
lines, cables, pump stroke switches, valves, sensors, gauges, pumps,
filters, lubricators, mufflers, relief valves etc.(wherever applicable), for
operating the two remote chokes, monitoring strokes of two mud
pumps, monitoring drill pipe pressure, casing pressure, choke position,
air pressure and accumulator pressure.

The Remote Choke Control Panel should have the following


Clause B features/specifications as a minimum:
(Item
Number 1) 1 number of analog Drill Pipe Pressure gauge (0-10,000) psi or 1
20) number of digital Drill Pipe Pressure gauge (0-10,000) psi.

2) 1 number of analog Choke - Manifold (Casing) Pressure gauge (0-


10,000) psi or 1 number of digital Choke - Manifold (Casing) Pressure
gauge (0-10,000) psi.

3) 1 number of 4-Display Digital Pump Stroke Counter (for monitoring


Strokes & Total Strokes for each of 2 rig pumps individually).

4) 1 number of Rig Air Pressure gauge (0-300) psi.


SDG5569P18 Page 42 of 48
5) 2 numbers of Air supply on/off valves.

6) 1 number Choke Operating Speed Selector/controller.

7) 2 numbers of analog Choke Position Indicator Gauge or 2 numbers


of digital Choke Position Indicator Gauge.

8) 2 numbers of Choke Operating valves with operating levers.

9) If the drill pipe and choke manifold pressure gauges supplied are of
analog types as per Clause II. B), Pt. No. 1) and 2), of Technical
Specification, then the following items have to be supplied:

- 2 numbers of high pressure hose of 10,000 psi rating and 200ft


length with hydraulic pressure sensors and 2” Fig. 1502 hammer union
connector at one end for connecting with the standpipe manifold /
choke manifold and suitable connector at the other end as per
manufacturer’s design for connecting with the remote control panel.

Or

If the drill pipe and choke manifold pressure gauges supplied are of
digital types as per Clause II. B), Pt. No. 1) and 2), of Technical
Specification, then the following items have to be supplied:

Adequate numbers of pressure sensing cables of 200 ft length as per


manufacturer’s design with pressure transducer and 2” Fig. 1502
hammer union connector at one end for connecting with the standpipe
manifold / choke-manifold and suitable connector at the other end for
connecting with the remote control panel.

10) 4 numbers of high pressure hose of 3,000 psi rating and 200ft
length.
SDG5569P18 Page 43 of 48
11) If the choke position indicators supplied are of analog types as per
Clause II. B), Pt. No. 7), of Technical Specification, then the following
items have to be supplied:

- 4 numbers of air hose of 200psi rating and 200ft length with sensors
and connectors

Or

If the choke position indicators supplied are of digital types, as per


Clause II. B), Pt. No. 7), of Technical Specification, then the following
items have to be supplied:

- Adequate numbers of position sensing cables of 200 ft length as per


manufacturer’s design with sensors and connectors.

12) 2 numbers of cables for pump stroke counter of 300ft length.

13) 2 numbers of pump stroke switches (explosion proof).

14) Minimum 1 number of air operated hydraulic pump.

15) 1 number of manually operated hydraulic pump.

16) 1 number of hydraulic fluid reservoir.


INSTALLATION AND COMMISSIONING

Clause C Bidders should categorically confirm that Installation &


(Item Commissioning of the 3.1/16" x 10000PSI WP (77.78 mm x 703.23
Number kg/sq cm) Choke manifold with Remote Control Panel would be
20) carried out by their competent personnel at suitable location in or
around Duliajan, ASSAM, INDIA upon receipt of the unit at Duliajan.

SDG5569P18 Page 44 of 48
The installation and commissioning charges inclusive of service tax to
be quoted separately and would be considered for evaluation of the
offer. These charges should include amongst others to and fro fares,
boarding / lodging, local transport at Duliajan inclusive of to & fro
transportation to site from Duliajan and other expenses of supplier's
commissioning personnel during their stay at Duliajan, Assam (India).
However, the basic facilities required for installation & commissioning
such as Crane service, electric power and pressurized air shall be
provided by OIL. Rig-up at designated site will be the responsibility of
OIL but, supplier should provide the supervisory assistance by
deputing their competent personnel.

Commissioning shall be completed within 4 (four) months after receipt


of all the items at Duliajan.
THIRD PARTY INSPECTION

1) Bidder is to arrange for Third Party Inspection at manufacturer’s


plant as per the enclosed broad scope of work. Bidder should confirm
that equipment / material supplied by them will be inspected by any of
the following third party inspection agencies at their cost and Third
Party Inspection Report will be submitted along with the Shipping /
Dispatch document. Bidder will quote the charges for such inspection
Clause D separately and indicate in the priced bid which will be considered for
(Item bid evaluation.
Number
20) a) Bureau Veritas (BV)
b) Lloyd Register of Shipping
c) Det Norske Veritas (DNV)
d) RITES
e) Indian Register of Shipping (IRS)

2) Scope of Third Party Inspection:

i) APPLICABLE API STANDARD: API 6A AND API 16C.


SDG5569P18 Page 45 of 48
ii) Broad scope of third party inspection to be as under:

a) Stage of inspection: Final stage.


b) Kind of inspection: Review of documents and Visual inspection.
c) Release of inspection note by inspection agency to the
manufacturer who will submit the same to Oil India Limited along
with dispatch documents.

iii) Review of documents to include:

a) Manufacturers QA Plan and API qualification certificate.


b) General Assembly drawing.
c) Production Record.
d) Raw Materials and Components Certificate and Test Report
(Chemical, Physical, Heat Treatment and NDT)
e) Product Inspection report.
f) Performance verification test Records as per API 16C and 6A.
k) Compliance of Standard NACE MR-01-75 for H2S Services.

iv) Visual inspection to include:

a) Overall Visual and Dimensional Inspection.


b) Verify the material and components are brand new and recently
manufactured.
c) Verify that the item is in accordance with the PO specification
and API monogrammed.
d) Witness final testing / performance testing (pressure testing) of
the gate valves and chokes as per API 6A certification and
submission of the records.
GENERAL NOTES TO BIDDERS
The items shall be brand new, unused & of prime quality. The
1 manufacturer shall warrant (in the event of an order) that the product
supplied will be free from all defects & fault in material, workmanship
SDG5569P18 Page 46 of 48
& manufacture and shall be in full conformity with ordered
specifications. This clause shall be valid for 18 months from date of
shipment / dispatch or 12 months from the date of receipt and
acceptance of the items whichever is earlier. The defective materials, if
any, rejected by OIL shall be replaced by the supplier at their own
expense. Bidders must confirm the same in their quotations.
Bidder must provide detailed specifications of the offered product and
should forward relevant Catalogue, Drawings with exploded views of
2 each & every major item, and Literature (in printed form, not in
computer media such as floppies or CDs) indicating the quoted items
along with the quotation.
Items shall be manufactured, tested & certified as per latest editions of
API Spec. 6A (PSL 3) and API Spec. 16C. In support of manufacturing
the item as per API, the bidder should submit copies of API 6A
(Having authorization for valves, tees and crosses, adapter and spacer
3
spools etc) and API Spec 16C (Having authorization for choke and kill
manifold assemblies) certificates with validity covering minimum 5
(FIVE) years continuously preceding the original bid closing date of
the tender.
Bidder should forward a list of recommended spares for two (02) years
operation for the quoted items indicating part numbers, quantity & unit
price separately along with the quotation in the commercial bid and
4 categorically confirm the same in the technical bid (price should not be
mentioned in the technical bid). However the cost of these spares will
not be considered for bid evaluation purpose. The price should remain
valid for at least two (02) years.
Markings (including API monogram) shall be done as per API Spec
6A (latest edition) and API Spec 16C (latest edition). Additionally,
5
purchase order number shall be weld written on suitable place at the
items. Bidders shall confirm compliance to the same while quoting.
The Bidder should indicate the dimensions and weight of the offered
6 items, the name of the manufacturer, the country of origin and port of
dispatch of the materials.
7 In the event of order the supply must include the mill test certificates,
SDG5569P18 Page 47 of 48
Ultrasonic Test Reports, Manufacturers Record Book etc. for each of
the items. Bidder should categorically confirm while quoting.
In the event of order the supply must also include two sets of
Maintenance, Operation, Service and Parts Manual for the Choke
8
Manifolds of specification 2.1/16” x 5,000psi and / or 3.1/16” x
10,000psi. Bidder should categorically confirm while quoting.
Bidder should note that in the event of an order the API licenses for
manufacturing the choke manifolds along with authorization for API
9 monogramming should be valid, without any break, till execution of
purchase order. Bidder should categorically confirm compliance while
quoting.
Any deviation(s) from the tender specification should be clearly
10
highlighted specifying justification in support of deviation.
Bidder to sign and submit completely filled up Technical check list and
11 Technical Evaluation Matrix for Bid evaluation criteria and Technical
specification.

SDG5569P18 Page 48 of 48

Das könnte Ihnen auch gefallen